Project Management and Cost Management Services London
The MRC are looking to appoint a Project Management and a Cost Management Team to assist in the first stage of a larger project. This project is seeking to provide the MRC London Institute of Medical Science with a new facility.
United Kingdom-Swindon: Calculation of costs, monitoring of costs
2016/S 180-323791
Contract notice
Services
Directive 2004/18/EC
Section I: Contracting authority
I.1)Name, addresses and contact point(s)
UK Shared Business Services Ltd
North Star House, North Star Avenue
Contact point(s): Construction and FM Team — Procurement
For the attention of: Gavin Thurston
SN1 2FF Swindon
United Kingdom
Telephone: +44 1793867005
E-mail: FMProcurement@uksbs.co.uk
Internet address(es):
General address of the contracting authority: www.uksbs.co.uk
Address of the buyer profile: www.uksbs.co.uk
Electronic access to information: https://gpsesourcing.cabinetoffice.gov.uk
Electronic submission of tenders and requests to participate: https://gpsesourcing.cabinetoffice.gov.uk
Further information can be obtained from: The above mentioned contact point(s)
Specifications and additional documents (including documents for competitive dialogue and a dynamic purchasing system) can be obtained from:The above mentioned contact point(s)
Tenders or requests to participate must be sent to: UK Shared Business Services Ltd
North Star House, North Star Avenue
Contact point(s): Construction and FM Team
For the attention of: Gavin Thurston
SN1 2FF Swindon
United Kingdom
E-mail: expressionofinterest@crowncommercial.gov.uk
I.2)Type of the contracting authority
I.3)Main activity
I.4)Contract award on behalf of other contracting authorities
The contracting authority is purchasing on behalf of other contracting authorities: yes
MRC Medical Research Council
Medical Research Council 2nd Floor, David Phillips Building Polaris House, North Star Avenue
SN2 1FL Swindon
United Kingdom
Section II: Object of the contract
II.1.1)Title attributed to the contract by the contracting authority:
II.1.2)Type of contract and location of works, place of delivery or of performance
Service category No 12: Architectural services; engineering services and integrated engineering services; urban planning and landscape engineering services; related scientific and technical consulting services; technical testing and analysis services
NUTS code UKI
II.1.3)Information about a public contract, a framework agreement or a dynamic purchasing system (DPS)
II.1.5)Short description of the contract or purchase(s)
for use by UK public sector bodies identified at VI.3
The MRC are looking to appoint a Project Management and a Cost Management Team to assist in the first stage of a larger project. This project is seeking to provide the MRC London Institute of Medical Science (LMS) with a new facility, which will serve its science for the next 20-35 years.
Team once appointed would be responsible for:
— Revising the project plan
— Procurement of the design team
— Development of the Outline and Full Business Case (OBC): This business case is following the BEIS template and will need to provide information and details as required under the governments “Green Book
— All other Generic Project Management Tasks
— Procurement process for the Principle Contractor and or specialist contractors
Other factors:
— Budget is 1 000 000 GBP – 1 500 000 GBP
— Timescale would be to follow OJEU 90 day CPI with preferred supplier mobilising as soon as possible after the award procedures have been completed
— Desired outcome of this opportunity would be the appointment of a suitable supplier to be able to carry out Project Management and a Cost Management duties so as to kick start the process of the design and build of the new facility at the MRC London Institute of Medical Science (LMS).
II.1.6)Common procurement vocabulary (CPV)
71244000, 71541000
II.1.7)Information about Government Procurement Agreement (GPA)
II.1.8)Lots
II.1.9)Information about variants
II.2.1)Total quantity or scope:
The scope of this appointment is separated into two distinct roles: Project Management and the Cost Management.
The Project is led and managed by the MRC Major Projects Department.
The successful bidder will be liaising with and reporting to the Project Director and present reports or on specific agenda items to the Project Board. Minutes of the meetings will be prepared by the project manager.
All reports and documents are to be presented as MRC documents in the MRC corporate format, unless otherwise agreed.
All procurement exercises will need to go through the MRC procurement processes and require agreement from the Project Director and/or the Project Board (subject to value of the contract).
Upon appointment, the successful bidder will undertake the following tasks:
— Revise the Project Plan in view of the next phase of the project
— Procurement for professional team.
— Development of the Outline Business Case (OBC)
— Development of the Full Business Case with the focus on the requirements of the government ‘Green Book’ for a FBC.
— All other Generic Project Management Tasks (see documents)
— The successful Bidder will be responsible to manage the procurement process for the Principle Contractor and or specialist contractors
— The successful bidder will be responsible for the management of the project. This will include all aspects of project management, contract administration and cost management
About UK Shared Business Services UK Shared Business Services Ltd (UK SBS) brings a commercial attitude to the public sector; helping our customers improve efficiency, generate savings and modernise. It is our vision to become the leading provider for our customers of shared business services in the UK public sector, continuously reducing cost and improving quality of business services for Government and the public sector. Our broad range of expert services is shared by our customers. This allows our customers the freedom to focus resources on core activities; innovating and transforming their own organisations. Core services include Procurement, Finance, Human Resources, Payroll, ISS, and Property Asset Management all underpinned by our Service Delivery and Contact Center teams. UK SBS is a people rather than task focused business. It’s what makes us different to the traditional transactional shared services center. What is more, being a not-for-profit organisation owned by its customers, UK SBS’ goals are aligned with the public sector and delivering best value for the UK taxpayer. Detailed on the UK SBS Ltd website is a list of all organisations, institutes, centres and bodies (Authorised Entities) that may also use any appropriately advertised Contract let by UK Shared Business Services Ltd.
Estimated value excluding VAT:
Range: between 1 000 000 and 1 500 000 GBP
II.2.2)Information about options
II.2.3)Information about renewals
II.3)Duration of the contract or time limit for completion
Section III: Legal, economic, financial and technical information
III.1.1)Deposits and guarantees required:
the procurement. Parent company and/or other
guarantees of performance and financial liability may
be required if considered appropriate.
III.1.2)Main financing conditions and payment arrangements and/or reference to the relevant provisions governing them:
III.1.3)Legal form to be taken by the group of economic operators to whom the contract is to be awarded:
a designated lead service provider, all members will
have joint and several liability in respect of the
obligations and liabilities to any contract or framework
and any subsequent contracts awarded under the
same.
III.1.4)Other particular conditions
Description of particular conditions: This contract will be managed under the NEC3 Professional Services Contract and the Terms and Conditions contained within. Relevant accreditation and memberships to professional governing bodies may be required.
The government has set out the need for greater transparency across its operations to enable the public to hold public bodies and politicians to account. This includes commitments relating to public expenditure, intended to help achieve better value for money. Suppliers and those organisations looking to bid for public sector contracts should be aware that if they are awarded a new government contract, the resulting contract will be published. In some circumstances, limited redaction’s will be made to some contracts before they are published in order to comply with existing regulatory needs and law, plus the protection of national security.
Suppliers (including SPV’s, Consortia and Partnerships) may be required to clearly demonstrate recent successful experience in similar projects and environments.
III.2.1)Personal situation of economic operators, including requirements relating to enrolment on professional or trade registers
This procurement will be managed electronically via the Crown Commercial Service’s e-Sourcing Suite. To participate in this procurement, participants shall first be registered on the e-Sourcing Suite.
If Bidders have not yet registered on the eSourcing Suite, this can be done online at https://gpsesourcing.cabinetoffice.gov.uk by following the link ‘Register for CCS eSourcing’.
Please note that, to register, Bidders must have a valid DUNS number (as provided by Dun and Bradstreet) for the organisation which you are registering, who will be entering into a contract if invited to do so. Note: registration may take some time please ensure that you allow a sufficient amount of time to register.
Full instructions for registration and use of the system can be found at
http://ccs.cabinetoffice.gov.uk/i-am-supplier/respond-tender
Once you have registered on the eSourcing Suite, a registered user can express an interest for a specific procurement. This is done by emailingExpressionOfInterest@ccs.gsi.gov.uk.
Your email must clearly state:
the name and reference for the procurement you wish to register for;
Your organisations full name as a registered supplier;
the name and contact details for the registered individual sending the email.
Crown Commercial Service (CCS) will process the email and then enable the Bidder to access the procurement online via the e-Sourcing Suite.
The registered user will receive a notification email to alert them once this has been done.
As a user of the e-Sourcing Suite you will have access to Emptoris email messaging service which facilitates all
messages sent to you and from you in relation to any specific RFX event.
Please note it is your responsibility to access these emails on a regular basis to ensure you have sight of all relevant information applicable to this oppertunity.
For technical assistance on use of the e-Sourcing Suite please contact Crown Commercial Service (CCS) Helpdesk (Not UK SBS Ltd ): Freephone: 0345 010 3503
email: supplier@ccs.gsi.gov.uk
Training support to respond to a requirement is available to bidders at
http://www.uksbs.co.uk/services/procure/Pages/supplier.aspx
Responses must be received by the date in IV.3.4.
Responses received outside or concurrently using the eSourcing process will not be accepted or considered further for this opportunity.
III.2.2)Economic and financial ability
Information and formalities necessary for evaluating if the requirements are met: All submissions will be assessed in accordance with the Public Contracts Regulations 2015, for procurement values that exceed Regulation 5 (Threshold amounts)
The sourcing documents can be accessed at: https://gpsesourcing.cabinetoffice.gov.uk using the instructions detailed in III.2.1.
III.2.3)Technical capacity
All submissions will be assessed in accordance with the Public Contracts Regulations 2015, for procurement values that exceed Regulation 5 (Threshold amounts)
The sourcing documents can be accessed using the instructions detailed in III.2.1.
III.3.1)Information about a particular profession
III.3.2)Staff responsible for the execution of the service
Section IV: Procedure
IV.1.1)Type of procedure
IV.1.3)Reduction of the number of operators during the negotiation or dialogue
IV.2.1)Award criteria
IV.2.2)Information about electronic auction
IV.3.1)File reference number attributed by the contracting authority:
IV.3.2)Previous publication(s) concerning the same contract
IV.3.3)Conditions for obtaining specifications and additional documents or descriptive document
Payable documents: no
IV.3.4)Time limit for receipt of tenders or requests to participate
IV.3.6)Language(s) in which tenders or requests to participate may be drawn up
IV.3.7)Minimum time frame during which the tenderer must maintain the tender
IV.3.8)Conditions for opening of tenders
Date: 18.10.2016 – 11:00
Place:
Electronically via web based portal
Persons authorised to be present at the opening of tenders: no
Section VI: Complementary information
VI.1)Information about recurrence
VI.2)Information about European Union funds
VI.3)Additional information
procurement process commenced by publication of
this notice; and to make whatever changes it may
see fit to the content and structure of the procurement and in no circumstances will the Contracting Authority be liable for any costs incurred by the candidates.
Any expenditure, work or effort undertaken prior to
contract award is accordingly a matter solely for the
commercial judgement of Bidders.
VI.4.1)Body responsible for appeal procedures
The Procurement Policy Manager
United Kingdom
E-mail: Policy@uksbs.co.uk
Body responsible for mediation procedures
UK Shared Business Services Ltd
United Kingdom
E-mail: Policy@uksbs.co.uk
VI.4.3)Service from which information about the lodging of appeals may be obtained
UK Shared Business Services Ltd
North Star House, North Star Avenue
SN1 2FF Swindon
United Kingdom
E-mail: Policy@uksbs.co.uk
Internet address: www.uksbs.co.uk
VI.5)Date of dispatch of this notice:
Related Posts
Crawley Borough Council Property Services Contract
Reading Abbey – Restoration and Conservation Project
Building Surveying Consultancy Services Birmingham
Multi Discipline Construction Project Management Service for MOD